SPECIAL NOTICE
R -- "Vendor Collaboration - Services" Logistical & Administrative Peer Review and Conference Support Services for the Office of Innovation and Improvement - RFI package
- Notice Date
- 11/8/2012
- Notice Type
- Special Notice
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Department of Education, Contracts & Acquisitions Management, Contracts (All ED Components), 550 12th Street, SW, 7th Floor, Washington, District of Columbia, 20202
- ZIP Code
- 20202
- Solicitation Number
- OIIP120001
- Archive Date
- 1/25/2013
- Point of Contact
- Brigid Lochary, Phone: 202-245-6766, Pamela W. Bone, Phone: 202-245-6181
- E-Mail Address
-
Brigid.Lochary@ed.gov, Pamela.Bone@ed.gov
(Brigid.Lochary@ed.gov, Pamela.Bone@ed.gov)
- Small Business Set-Aside
- N/A
- Description
- Appendix B Appendix A Performance Work Statement CAPABILITY STATEMENT INSTRUCTIONS AND EVALUATION CRITERIA Logistical & Administrative Peer Review and Conference Support Services for the Office of Innovation and Improvement (OII) The U.S. Department of Education (ED) is conducting market research. This Request for Information (RFI) is being used to determine if sufficient interest and capability exists regarding a potential future solicitation. This notice is provided as information to the marketplace and is an invitation for potential offerors to express interest and provide information regarding their relevant capabilities. Information submitted in response to this RFI may be used as a basis for a future solicitation and/or as a basis for more in-depth research of an organization's capability. ED's Office of Innovation and Improvement (OII) anticipates the award of an incrementally funded, cost-reimbursement contract to obtain logistical and administrative support for peer reviews of OII programs as well as Project Directors' meetings. The contractor shall provide administrative and logistical support, and report results for: activities associated with the recruitment, training, evaluation, and management of peer reviewers; conducting peer reviews (via teleconference, e-reader, and on-sight); reviewing and improving the current peer review system; and designing and reproducing guidance documents. Also, the contractor shall assist program staff throughout the planning and execution of Project Directors' meeting. This includes: securing conference venues, participant lodging, and guest speaker participation; coordinating registration of attendees and hotel logistics; working with program staff to develop the agenda, supporting materials, transcriptions, and presentations as necessary. ED seeks information on the extent to which there are small business sources that possess all of the necessary qualifications (listed below) to complete this work. In response to this draft Performance Work Statement (subject to change); ED seeks capability statements from all small businesses to include: 8(a), Woman-Owned, Service Disabled Veteran-Owned, Hub-Zone, and/or Small Disadvantaged buinesses. The qualifications of large businesses will not be evaluated as part of this RFI. Capability Statement Instructions In response to the attached Draft Performance Work Statement (PWS), ED hereby solicits capability statements from eligible contractors. These statements shall be no longer than 4 pages (single-spaced, with a minimum of one-inch margins and 12 point font). Contractors should include up to five resumes in the appendix. Only resumes for key personnel that would work on the contract are to be included. Each resume should clearly document that individuals have the experience and expertise described below. Each resume should be no longer than 5 pages. The resumes will not be counted as part of the 4 page limit for the capability statement. The capability statement should describe the company's and key personnel's collective expertise and experience in each of the following areas: • Knowledge and experience of providing logistical and administrative support while conducting program specific peer reviews for government organizations; • Experience coordinating hotel logistics for conferences of varying size including coordinating travel arrangements, room reservations, conference registrations, and hotel space; • Capable of providing, or capable of obtaining, content expertise on subject matter, such as: teacher quality, school choice, parental options, charter schools, and arts in education, in order to contribute to the planning and execution of program conferences; • Experience collecting, analyzing and consolidating data received during the peer review process; • Experience conducting e-reader/teleconference panel meetings, knowledge of federal grant systems, and prompt payment of peer reviewers for their services; • Experience and/or ability in redaction of private information of documents and creating 508 compliant documents to be published on the internet; • Capable of complying with the Office of the Chief Information Officer's (OCIO) terms of information technology as stated in Appendix A; and • Experience developing databases as stated in Appendix B. Additionally, Offerors shall: • Identify if they are an 8(a), Woman-Owned, Service Disabled Veteran-Owned, Hub-Zone, or Small Disadvantaged business. • If they are an 8(a), Woman-Owned, Service Disabled Veteran-Owned, Hub-Zone, or Small Disadvantaged business, identify if their socio-economic status is registered or self-certified. • Identify their preferred contract type for this potential procurement and why. • Identify the most appropriate contract vehicle for this potential procurement (GSA, ID/IQ, Blanket Purchase Agreement, etc.). Interested small business parties are asked when submitting the Capability Statements to include the following information: 1) Company Name and Mailing Address and 2) Point of Contact (name, title, e-mail address, and telephone number). The deadline for submitting capability statements is November 21, 2012 by 11:30 AM Eastern Time via e-mail to the following: Brigid.Lochary@ed.gov and carbon copy Pamela.Bone@ed.gov Note: The Government will not pay for the provision of any information nor will it compensate any respondents for providing this information. This notice is NOT A REQUEST FOR PROPOSAL and in no way obligates the Government to award any contract. ED will not be responsible for any costs incurred in responding to this announcement. ED is also hosting a Pre-solicitation Conference that is open to all small and large firms as part of the Department's Vendor Communication plan. The Pre-solicitation Conference will be held as follows: Date: December 4, 2012 Time: 1:00 p.m. to 2:00 p.m. Eastern Time Location: 400 Maryland Avenue, SW, Washington, DC 20202 Registration is required for the event. Questions and comments must be provided in writing. Please email all questions and comments by November 27, 2012 to Pamela Bone, Contracting Officer, Pamela.Bone@ed.gov no later than 12:00 PM Eastern Time. There will be a time for questions and answers at the conference. Questions asked in writing by November 27, 2012 will be answered at the conference; questions asked at the conference will be answered in an addendum to the solicitation. Responses to all questions will be posted in an amendment to the solicitation. In addition, ED will also post a summary of what was said at the conference. Each contractor is required to email a list of attendees from their company by November 27, 2012 to Pamela Bone, Contracting Officer, at Pamela.Bone@ed.gov. This list will be used for Pre-Solicitation Conference attendees to gain entry at the security desk of the building. Contractors should bring state or federal issued identification. There will be a conference call dial in number available for a limited number of participants upon request. Contracting Office Address: 550 12th Street, SW, 7th Floor Washington, District of Columbia 20202 Primary Point of Contact: Brigid Lochary, Contract Specialist Brigid.Lochary@ed.gov Phone: (202)245-6766 Fax: 202-245-6297 Secondary Point of Contact: Pamela Bone, Contracting Officer Pamela.Bone@ed.gov Phone: (202)245-6181 Fax: 202-245-6297
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ED/OCFO/CPO/OIIP120001/listing.html)
- Record
- SN02927947-W 20121110/121108234941-80fb8268fa5ef1d164b9ffb10671393e (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |